SOURCES SOUGHT
14 -- National Advanced Surface to Air Missile System Sustainment and Engineering Services
- Notice Date
- 3/9/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-R-0042
- Archive Date
- 4/14/2018
- Point of Contact
- Coralynn H. Woods, Phone: 256-955-3024
- E-Mail Address
-
coralynn.h.woods.civ@mail.mil
(coralynn.h.woods.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Cruise Missile Defense Systems (CMDS) Project Office National Advanced Surface to Air Missile System (NASAMS) Product Office Request for Information (RFI) The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to provide sustainment and engineering services to be performed in support of the National Advanced Surface to Air Missile System (NASAMS). Capable sources must demonstrate competencies to perform troubleshooting on system faults, inspection, analysis and corrective action, repairs and returns, fielding support, modification; test and evaluation, logistics management and support, quality assurance, information assurance/cybersecurity, safety efforts, training, spares inventory to include repair or replacement, maintenance and supply support to include support equipment, transportation, hazardous material management, program management, configuration management, systems engineering, and tasks that cover software and/or hardware of the NASAMS, as well as components and configuration variants of the NASAMS System. The contractor shall maintain and sustain the 5 NASAMS launchers, 3 Fire Distribution Centers (FDCs), 5 trucks, Fire Directional Trainers (FDTs), contractor purchased spares, and associated support equipment. In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received. The Government Point of Contact is Ms. Coralynn Woods, coralynn.h.woods.civ@mail.mil CCAM-SM-A, Redstone Arsenal, AL 35898-5000. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government will not pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government. NASAMS OVERVIEW The NASAMS is a mobile platform that uses the Advanced Medium Range Air to Air Missile with integrated FDC. The NASAMS is an interim capability currently deployed supporting the National Capital Region Integrated Air Defense System (NCR IADS). This is a non-system of record deployed for protection of the NCR only. The NASAMS Launcher is a truck-transportable, containerized launcher system that includes six individually packaged LAU-129 Missile Rail Launchers (MRL), each with the ability to accept one AIM-120 AMRAAM missile. The launcher assembly is easily removed from its primary transport vehicle to accommodate vehicular maintenance activities and/or extended employment at fixed site locations. RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 611512. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) I. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. Describe your knowledge and experience with the NASAMS system. 4. Describe your company's ability to support NASAMS as the Government does not own the Technical Data Package (TDP). 5. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 6. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: coralynn.h.woods.civ@mail.mil Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/46220c57bef0b15901338a536f7e116c)
- Record
- SN04849816-W 20180311/180309231316-46220c57bef0b15901338a536f7e116c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |